X1DB--RLP 36C25026R006 FY26 RLP

SOL #: 36C25026R0006Combined Synopsis/Solicitation

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
250-NETWORK CONTRACT OFFICE 10 (36C250)
DAYTON, OH, 45428, United States

Place of Performance

Kalamazoo

NAICS

Lessors of Nonresidential Buildings (except Miniwarehouses) (531120)

PSC

Lease/Rental Of Laboratories And Clinics (X1DB)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)

Timeline

1
Posted
Sep 4, 2025
2
Last Updated
Apr 29, 2026
3
Submission Deadline
May 28, 2026, 7:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Quick Summary

The Department of Veterans Affairs (VA) is soliciting proposals for a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside lease opportunity (RLP 36C25026R0006) for a Consolidated Medical Clinic in Kalamazoo, Michigan. The VA seeks a minimum of 10,000 ABOA Square Feet (SF) of medical office space and 77 surface/outside parking spaces. Proposals are due by 3:00 PM EDT on May 28, 2026.

Scope of Work

The VA requires a fully serviced lease for a Consolidated Medical Clinic. The space must be located within a specific delineated area in Kalamazoo, MI, and can be in an existing building or new construction for multi-tenant use, with existing single-tenant buildings preferred. The lease term is for up to 20 years.

Key Requirements

  • Space: Minimum 10,000 ABOA SF of medical office space, located on a single floor (ground or first level).
  • Parking: 77 surface/outside parking spaces, including 7 ADA compliant spaces. Structured parking under the space is not permissible.
  • Location: Must be within the delineated area (boundaries specified in the RLP), zoned for VA's intended use, and not in a FEMA 1-percent-annual-chance floodplain. Proximity to amenities (restaurants, hotels, pharmacies, shopping), a hospital/ER, fire department, major roadways, and public transit (bus stop within 2,640 feet) is required.
  • Building Standards: Must meet Federal and Local Government requirements for fire safety, physical security (Facility Security Level II), accessibility, seismic, and sustainability. Buildings should have an ENERGY STAR® label or meet specific exceptions.
  • Configuration: No bifurcated sites, atriums, extremely long/narrow spaces, or irregular shapes. Column size max 2 ft sq, min 20 ft spacing. Loading doors are required.
  • Environmental: No known hazardous conditions; a Phase I Environmental Site Assessment may be required. Compliance with National Historic Preservation Act requirements.
  • Utilities: Site must support municipal water and sewer.

Contract Details

  • Contract Type: Lease Agreement (Combined Synopsis/Solicitation)
  • Set-Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB)
  • NAICS Code: 531120 (Lessors of Nonresidential Buildings)
  • Evaluation: Award will be made to the responsible SDVOSB Offeror whose proposal is most advantageous to the Government, considering price and technical evaluation factors. Technical factors (Building, Architectural/Design, Site Development, Project Management/Operation/Maintenance, Past Performance) are weighted more heavily than price.
  • Submission: Electronic submission via email or VA accessible cloud/server. No paper submissions.

Required Submissions & Forms

Offerors must submit a complete proposal package, including but not limited to:

  • GSA Form 1364 (Proposal to Lease Space)
  • GSA Form 1217 (Lessor's Annual Cost Statement)
  • Design Intent Drawings (DIDs) prior to award.
  • Various exhibits covering agency-specific requirements, janitorial services, conceptual floor plans, security unit pricing, solicitation provisions, general clauses, confidentiality, wage determinations, and a Tenant Improvements Cost Summary (TICS) table.

Contact Information

Primary contact is Brian Walton, Lease Contracting Officer, at brian.walton@va.gov or (216) 447-8300 x49519.

People

Points of Contact

Brian WaltonLease Contracting OfficerPRIMARY
|
Lease Contracting Officer Kevin Adkins

Files

Files

Download
View
View
Download

Versions

Version 4
Combined Synopsis/Solicitation
Posted: Apr 29, 2026
View
Version 3Viewing
Combined Synopsis/Solicitation
Posted: Apr 27, 2026
Version 2
Pre-Solicitation
Posted: Mar 27, 2026
View
Version 1
Sources Sought
Posted: Sep 4, 2025
View